MURIEL BOWSER
MAYOR
June 16, 2023
Honorable Phil Mendelson
Chairman
Councilof the District of Columbia
John A. Wilson Building
1350 Pennsylvania Avenue, NW, Suite 504
Washington, DC 20004
Dear Chairman Mendelson:
Pursuant to section 451 of the District of Columbia Home Rule Act (D.C. Official Code § 1-
204.51) and section 202ofthe Procurement Practices Reform Actof 2010 (D.C. Official Code §§
2-352.02), enclosed for consideration and approval by the Council of the District of Columbia is
proposed Contract No. CW106474 with Public Performance Management, LLC. The proposed
contract is in the not-to-exceed amountof $10,000,000 for the periodofone year from the date of
the award.
Under the proposed contract, Public Performance Management, LLC shall provide information
technology equipment and software to District agencies.
My administration is available to discuss any questions you may have regarding the proposed
contract. In order to facilitate a response to any questions you may have, please have your staff
contact Marc Scott, Chief Operating Officerof the Office of Contracting and Procurement, at (202)
724-8759.
I look forward to the Council’s favorable considerationof this contract.
Sincerely,
Mbriel Howser
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of Contracting and Procurement
Pursuant to section 202(c) of the Procurement Practices Reform Act of 2010, as amended, D.C.
Official Code § 2-352.02(c), the following contract summary is provided:
COUNCIL CONTRACT SUMMARY
(Standard)
(A) Contract Number: CW106474
Proposed Contractor: Public Performance Management, LLC
Contract Amount: Minimum $10.00
Maximum $10,000,000
Unit and Method of Compensation: Payment will be made on the completion of
work for an individual delivery/task order
Term of Contract: One Year from the date of Award
Type of Contract: Indefinite Delivery/Indefinite Quantity
Source Selection Method: DC Supply Schedule
(B) For a contract containing option periods, the contract amount for the base period and for each
option period. If the contract amount for one or more of the option periods differs from the
amount for the base period, provide an explanation of the reason for the difference:
Base Period Amount: Minimum $10.00
Maximum $10,000,000
Option Period One Amount: Minimum $10.00
Maximum $10,000,000
Option Period Two Amount: Minimum $10.00
Maximum $10,000,000
Option Period Three Amount: Minimum $10.00
Maximum $10,000,000
Option Period Four Amount: Minimum $10.00
Maximum $10,000,000
(C) The goods or services to be provided, the methods of delivering goods or services, and any
significant program changes reflected in the proposed contract:
The purpose of the DC Supply Schedule (DCSS) program is to serve as the primary contract
action for all District agencies to acquire support for their recurring requirements. The
contract is for the provision of services under information technology equipment and
software. This particular schedule is designed to provide information technology equipment
and software. The social and economic impact of the program is to allow District certified
business enterprises (CBE’s) the opportunity to conduct business with the District of
Columbia, thus creating additional jobs for city residents.
In accordance with paragraph one of the DCSS terms and conditions, the District of Columbia
receives a one percent discount based on the volume of services provided under the DCSS.
This fee is based on the invoice amount and provides revenue to the District.
(D) The selection process, including the number of offerors, the evaluation criteria, and the
evaluation results, including price, technical or quality, and past performance components:
DCSS solicitations are open on a continuous basis for information technology equipment and
software. The solicitation for information technology equipment and software was issued on
July 31, 2017. Public Performance Management, LLC submitted application number
ITES202315 on February 28, 2023.
Public Performance Management, LLC was selected for an award based on achieving the
following requirements as outlined in the solicitation process.
a. Accepting the DCSS terms and conditions and contract provisions for supply and service
contracts.
b. Identifying and offering prices that are no greater than those of an identified Federal
Supply Schedule that provides services or supplies consistent with the scope of the DCSS
solicitation.
c. Submitting a minimum of three satisfactory customer references demonstrating the
contractor’s ability to satisfactorily provide the services or products as identified in the
scope of the solicitation.
d. Submitting a written certification that all personnel proposed on individual task orders shall
meet the minimum education/experience requirements as stipulated in the federal contract
being used to establish the DCSS contract.
Public Performance Management, LLC submitted its online application on February 28, 2023.
The application was reviewed and evaluated by the Office of Contracting and Procurement
(OCP). After review and evaluation of the application, the contracting officer (CO)
determined that Public Performance Management, LLC had offered an appropriate multiple
award schedule consistent with the scope of the solicitation. OCP also established that the
pricing proposed by Public Performance Management, LLC was reasonable based on Public
2
Performance Management LLC offering of pricing at or below the respective federal contract
pricing.
(E) A description of any bid protest related to the award of the contract, including whether the
protest was resolved through litigation, withdrawal of the protest by the protestor, or voluntary
corrective action by the District. Include the identity of the protestor, the grounds alleged in the
protest, and any deficiencies identified by the District as a result of the protest:
There are no bid protests related to the award of the contract.
(F) The background and qualifications of the proposed contractor, including its organization,
financial stability, personnel, and performance on past or current government or private sector
contracts with requirements similar to those of the proposed contract:
Based on the CO’s review of the Dun & Bradstreet Report dated March 7, 2023, the CO
determined that Public Performance Management, LLC has the necessary organizational
experience, technical skills, accounting and operational controls to provide the requirements
of the contract. Public Performance Management, LLC has been providing services to the
District since 2011 and has maintained a favorable performance record.
(G) A summary of the subcontracting plan required under section 2346 of the Small, Local, and
Disadvantaged Business Enterprise Development and Assistance Act of 2005, as amended,
D.C. Official Code § 2-218.01 et seq. (“Act”), including a certification that the subcontracting
plan meets the minimum requirements of the Act and the dollar volume of the portion of the
contract to be subcontracted, expressed both in total dollars and as a percentage of the total
contract amount:
Public Performance Management, LLC is a CBE vendor and therefore, it is not required to
have a subcontracting plan associated with this contract.
(H) Performance standards and the expected outcome of the proposed contract:
The purpose of the DCSS program is to serve as the primary contract action for all District
agencies to acquire support for their recurring requirements. This contract is for provision of
services under information technology equipment and software.
(I) The amount and date of any expenditure of funds by the District pursuant to the contract prior
to its submission to the Council for approval:
There are no expenditures against this contract.
(J) A certification that the proposed contract is within the appropriated budget authority for the
agency for the fiscal year and is consistent with the financial plan and budget adopted in
accordance with D.C. Official Code §§ 47-392.01 and 47-392.02:
The Agency Fiscal Officer has certified that funds for the minimum quantity of $10 dollars
are available for FY2023 and that minimum-quantity funds for FY2024 have been budgeted.
3
(K) A certification that the contract is legally sufficient, including whether the proposed contractor
has any pending legal claims against the District:
The Attorney General for the District of Columbia has reviewed and approved the subject
contract for legal sufficiency. Public Performance Management, LLC has no pending legal
claims against the District.
(L) A certification that Citywide Clean Hands database indicates that the proposed contractor is
current with its District taxes. If the Citywide Clean Hands Database indicates that the proposed
contractor is not current with its District taxes, either: (1) a certification that the contractor has
worked out and is current with a payment schedule approved by the District; or (2) a certification
that the contractor will be current with its District taxes after the District recovers any
outstanding debt as provided under D.C. Official Code § 2-353.01(b):
The Citywide Clean Hands database report dated May 25, 2023 indicates Public Performance
Management, LLC is current with its District taxes.
(M) A certification from the proposed contractor that it is current with its federal taxes, or has
worked out and is current with a payment schedule approved by the federal government:
The contractor has certified that Public Performance Management, LLC is in compliance with
federal tax requirements.
(N) The status of the proposed contractor as a certified local, small, or disadvantaged business
enterprise as defined in the Small, Local, and Disadvantaged Business Enterprise Development
and Assistance Act of 2005, as amended; D.C. Official Code § 2-218.01 et seq.:
Public Performance Management, LLC is currently a certified CBE; certification number no.
LSDRE92428012024.
(O) Other aspects of the proposed contract that the Chief Procurement Officer considers significant:
None
(P) A statement indicating whether the proposed contractor is currently debarred from providing
services or goods to the District or federal government, the dates of the debarment, and the
reasons for debarment:
Public Performance Management, LLC is not listed on the Federal or District Excluded Parties
List.
(Q) Any determination and findings issues relating to the contract’s formation, including any
determination and findings made under D.C. Official Code § 2-352.05 (privatization contracts):
A Determination & Findings for Contractor’s Responsibility was signed by the Contracting
Officer on May 8, 2023.
4
(R) Where the contract, and any amendments or modifications, if executed, will be made available
online:
OCP website located at www.ocp.dc.gov.
(S) Where the original solicitation, and any amendments or modifications, will be made available
online:
OCP website located at www.ocp.dc.gov.
5
Government of the District of Columbia
Office of the Chief Financial Officer 1101 4th Street, SW
Office of Tax and Revenue Washington, DC 20024
Date of Notice: May 25, 2023 Notice Number: L0009600899
PUBLIC PERFORMANCE MANAGEMENT LLC FEIN: **-***2452
1775 I ST NW Case ID: 1524785
WASHINGTON DC 20006-2402
CERTIFICATE OF CLEAN HANDS
As reported in the Clean Hands system, the above referenced individual/entity has no outstanding
CO
liability with the District of Columbia Office of Tax and Revenue or the Department of Employment
Services. As of the date above, the individual/entity has complied with DC Code § 47-2862, therefore
this Certificate of Clean Hands is issued.
TITLE 47. TAXATION, LICENSING, PERMITS, ASSESSMENTS, AND FEES
CHAPTER 28 GENERAL LICENSE
SUBCHAPTER II. CLEAN HANDS BEFORE RECEIVING A LICENSE OR PERMIT
D.C. CODE § 47-2862 (2006)
PY
§ 47-2862 PROHIBITION AGAINST ISSUANCE OF LICENSE OR PERMIT
Authorized By Melinda Jenkins
Branch Chief, Collection and Enforcement Administration
To validate this certificate, please visit MyTax.DC.gov. On the MyTax DC homepage, click the
“Validate a Certificate of Clean Hands” hyperlink under the Clean Hands section.
1101 4th Street SW, Suite W270, Washington, DC 20024/Phone: (202) 724-5045/MyTax.DC.gov
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
0MEMORANDUM
TO: George Schutter, Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: May 25, 2023
SUBJECT: Certification of Funding Availability for DCSS Contracts
Public Performance Management, LLC CW106474
PERIOD: October 1, 2023 thru September 30, 2024
This is to certify that the Office of Contracting and Procurement has allocated $10,000.00 in its FY2024 budget to
cover potential costs that may be incurred if a minimum order is not achieved for the District of Columbia Supply
Schedule (DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ) contract, and agencies
may place orders against each contract by means of an individual Task Order (TO) or delivery order (DO). If no
orders are placed against a particular DCSS contract, pursuant to the DCSS Terms and Conditions, clause 5, the
District guarantees the minimum order for each contract in the amount of $10.00 for the base year and four option
years. Any additional orders placed on the DCSS contracts will be encumbered by the ordering agency prior to
issuance. There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would be
sufficient to cover the possibility of having to pay $10.00, upon request, to multiple contractors.
Availability of FY 2024 budget is subject to approval of budget by the Council and Congress
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
GOVERNMENT OF THE DISTRICT OF COLUMBIA
OFFICE OF THE CHIEF FINANCIAL OFFICER
GOVERNMENT OPERATIONS CLUSTER
OFFICE OF FINANCE AND RESOURCE MANAGEMENT
MEMORANDUM
TO: George Schutter, Chief Procurement Officer
Office of Contracting and Procurement
FROM: Alemayehu Awas
Agency Fiscal Officer
DATE: May 25, 2023
SUBJECT: Certification of Funding Availability for DCSS Contracts
Public Performance Management, LLC CW106474
PERIOD: October 1, 2022 thru September 30, 2023
This is to certify that the Office of Contracting and Procurement has $10,000.00 in its FY2023 budget to cover
potential costs that may be incurred if a minimum order is not achieved for the District of Columbia Supply Schedule
(DCSS) contracts.
Each DCSS contract has been established as an indefinite delivery/indefinite quantity (IDIQ) contract, and agencies
may place orders against each contract by means of an individual Task Order (TO) or delivery order (DO). If no
orders are placed against a particular DCSS contract, pursuant to the DCSS Terms and Conditions, clause 5, the
District guarantees the minimum order for each contract in the amount of $10.00 for the base year and four option
years. Any additional orders placed on the DCSS contracts will be encumbered by the ordering agency prior to
issuance. There are approximately 420 contractors on the DCSS, and it is estimated that $10,000.00 would be
sufficient to cover the possibility of having to pay $10.00, upon request, to multiple contractors.
441 4th St, N.W. * Suite 890 North * Washington, D.C. 20001
Phone: (202) 727-0333 * Fax: (202) 727-0659
GOVERNMENT OF THE DISTRICT OF COLUMBIA
Office of the Attorney General
ATTORNEY GENERAL
BRIAN L. SCHWALB
Commercial Division
MEMORANDUM
TO: Tommy Wells
Director
Office of Policy and Legislative Affairs
FROM: Robert Schildkraut
Section Chief
Government Contracts Section
DATE: June 5, 2023
SUBJECT: Approval of DCSS Contract for Information, Technology, Equipment and
Software (ITES)
Contractor: Public Performance Management, LLC
Contract Number: CW106474
Proposed Contract Amount: NTE $10,000,000.00
This is to Certify that this Office has reviewed the above-referenced Human Care Agreement and
that we have found it to be legally sufficient. If you have any questions in this regard, please do
not hesitate to call me at 724-4018.
______________________________
Robert Schildkraut
400 6th Street, NW, Suite 79100, Washington, DC 20001 (202) 727-3400 Fax (202) 347-8922
1. Caption - CBE Market Page 1 of 31
AWARD/CONTRACT CBE Set-Aside
2. Contract Number 3. Effective Date 4. Solicitation/Requisition/Purchase Request/Project No.
CW106474 See Block 20C. ITES2022315
5. Issued By: Code 6. Administered by (If other than line 5)
Office of Contracting and Procurement
DC Supply Schedule Division
441- 4th Street, NW